Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2013 FBO #4249
SOLICITATION NOTICE

D -- Intrusion Detection/Prevention Systems - PRICING SHEET

Notice Date
7/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-13-RP-0085
 
Point of Contact
Desiree A. Blakey, Phone: 3019756219, Mimi Robinson, Phone: 301-975-3696
 
E-Mail Address
desiree.blakey@nist.gov, mimi.robinson@nist.gov
(desiree.blakey@nist.gov, mimi.robinson@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Proposal Pricing Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items and the format in FAR Subpart 12.603, Streamlined Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) Number SB1341-13-RP-0085. The RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-68 effective June 26, 2013. The request for proposal is issued as a total small business set-aside under NAICS Code 334118. The small business size standard under this NAICS Code is 1000 Employees. The due date for receipt of vendor's proposal is 2:00 p.m. Eastern Standard Time, Friday, July 19, 2013. Vendor proposal shall be emailed to the attention of Desiree Blakey at desiree.blakey@nist.gov. Any questions related to the solicitation shall be sent by email NO LATER THAN 2:00PM, Tuesday, July 16, 2013 to the attention of Desiree Blakey @ desiree.blakey@nist.gov The purpose of this acquisition is to procure Intrusion Detection/Prevention Systems (IDS/PS) in support of the National Institute of Standard and Technology (NIST), Office of Information Systems Management (OISM) to expand the security of the NIST network on both Internet Protocol version 4 (IPv4) and Internet Protocol version 6 (IPv6) protocols. At a minimum, the contractor shall provide: IDS/IPS Functional Requirements: • Ability to provide both IDS and IPS functionality • Successful completion of USGv6 IPS/IDS testing The term "Successful" as it relates to completion of USGV6 IPS/IDS testing is defined as: PASSED rating on USGv6 Network Protection Device Testing Sections 1.3, 1.5, 1.7.1.1-1.7.1.3, 1.8; Detection rate on USGv6 Intrusion Detection Systems Testing Sections 4.1-4.4 all scenarios of at least 60%; Detection Rate on USGv6 Intrusion Prevention Systems Testing Section 5.2 all scenarios of at least 60%; Reference documentation: http://www-x.antd.nist.gov/usgv6/test-specifications.html • Both IPv4 and IPv6 inspection and signatures provided • Serve in both detection and prevention modes that is configurable by device and by signature • Ability to have multiple policies tunable for the location of the interface in the network • Sensors shall be centrally managed with a common framework for policy management, logging, and reporting • Ability to import and run Snort-formatted rules • Ability to write custom rules based on detected strings • High availability required in a dual-path configuration. • Ability to fail "open" (passing traffic) in the event of a device restart or failure • Ability to distribute database for redundancy • Ability to pass alert data to Splunk for analysis • Role Based Authentication Controls for administrator user IDs • Full Layer 7 protections for applications • Sensors shall have the ability to capture packets or streams for additional analysis when selected alerts are triggered • Sensors shall have the ability to inspect traffic for basic Data Loss • Prevention/Detection based on specifications • 10 GB interfaces available • Integration with vendors' threat analysis network to enhance speed of adaptation based on traffic seen elsewhere Hardware Requirements for NIST Boulder, Colorado Campus One (1) IDS/IPS appliance • At least 4 copper 1 Gb interfaces • Aggregate IDS throughput of at least 2.5 Gbps One (1) IDS/IPS appliance • At least 4 copper 1 Gb interfaces • Aggregate IDS throughput of at least 1 Gbps One (1) Management Appliance Hardware Requirements for NIST Gaithersburg, Maryland Campus Two (2) IDS/IPS appliances o 2 Multi-Mode Fiber 10 Gb interfaces o At least 6 copper 1 Gb interfaces o Aggregate IDS throughput of at least 10Gbps Four (4) IDS/IPS appliances o At least 8 copper 1 Gb interfaces o Aggregate IDS throughput of at least 2.5 Gbps One (1) Management Appliance Hardware/Software Maintenance and Signature Update Requirements o Seven (7) months of Hardware/Software Maintenance and Signature Updates with next day hardware replacement Delivery: August 19, 2013 *****Interested vendors shall be authorized resellers of the original equipment manufacturers and, as part of the proposal shall submit documentation as verification of an authorized reseller of the original equipment manufacturer***** In order to minimize the risk of the Government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and in order to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is an authorized reseller of the OEM as of the date of the submission of its proposal and that it has the certification/specialization level required by the OEM to support both the product sale and product pricing, in accordance with the applicable OEM certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the quoted products are new and in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through OEM authorized resellers only, in accordance with OEM's applicable policies in effect at the time of purchase. Vendor shall provide the Government with a copy of the End User license agreement, and shall warrant that all OEM software is licensed originally to the Government as the original licensee authorized to use the OEM Software. See attached price schedule for description of requirements. Vendors must use the attached Price Schedule for submission of pricing. PROVISIONS AND CLAUSES Interested vendors shall include a completed copy of FAR Clause 52.212-3, "Offeror Representation and Certifications - Commercial Items", with its proposal or indication that the vendor's Representations and Certifications are completed on SAM.gov. Any prospective awardee shall be registered in SAM.gov database prior to award, during performance, and through final payment. The following provision and clauses are applicable to this solicitation and are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013). 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance with the Laws 1352.209-74, Organizational Conflict of Interest 1352.246-70, Place of Acceptance: NIST, 100 Bureau Drive, Gaithersburg, MD 20899 The following additional FAR Clauses cited in FAR Clause 52.212-5 are applicable to this solicitation and are incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28, Post-Award Small Business Program Re-representation (APR 2012). 52.222-3, Convict Labor (JUN 2003). 52.222-19, Child Labor-Cooperation with Authorities and Remedies. (MAR 2012). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act. (DEC 2010). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 52.239-1, Privacy or Security Safeguards (AUG 1996). The full text of FAR provisions or clauses may be obtained electronically at http://www.acquisition.gov/far. The full text of Commerce Acquisition Regulation provisions or clauses may be obtained electronically at www.ecfr.gov. This is an open-Market Combined Synopsis/Solicitation for supplies and services described herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL proposals shall include a statement regarding the terms and conditions herein as follows: The vendor shall state, "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The vendor shall state, "the terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Vendor shall list exception(s) and rationale for the exception(s) FOB: Destination National Institute of Standards and Technology (NIST) Attn: William Chambers MS 1810, Building 225, Room A153 100 Bureau Drive Gaithersburg, MD 20899 AND National Institute of Standards and Technology (NIST) Attn: Robert Sorensen, MS 1800, Building 1, Room 4555 325 Broadway Boulder, CO Inspection and Acceptance Testing: Destination Visual-Physical check at NIST for adherence to SOW IDS/IPS functional, hardware and software requirements. Government-Furnished Property, Data and/or Information: All property, data and information provided by the Government in the performance of this requirement remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. General Information: Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed Security Police when entering the campus. For security purposes, each contractor employee that visits NIST must provide their name, country of citizenship and other necessary information to NIST Software and Systems (SSD) division at least one week in advance. Upon arrival, contractors must provide government-issued photo identification at security to receive a visitor's badge. Identification Badges: Contractor employees shall comply with NIST identification and access requirements. Each Contractor employee shall wear a visible identification badge provided by the NIST Security Office. Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver's license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. Section 508: Accessibility Requirements Section 508 of the Rehabilitation Act (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998 is not applicable to this requirement. EVALUATION AND AWARD The Basis for award is Best Value with the following best value criteria: 1. Technical Capability - Contractor shall discuss the technical capability of the proposed equipment, including information how it: a) Meets all minimum requirements; and the function capabilities; and b) In what way it exceeds the minimum requirements (both functionally and other ) and perceived benefit to the Government; c) Vendor's certification and verification that it is an authorized reseller of the OEM and that it has the certification/ specialization level required by the OEM to support both the product sale and product pricing, in accordance with the applicable OEM certification/ specialization requirements. 2. Corporate Experience - Contractor shall discuss it's experience in manufacturing/providing corporate solutions. This experience at a minimum shall be four years of full-time experience with the last five years. Full-time experience is defined as this type of product required under the solicitation being the offeror's primary type of business conducted. 3. Past Performance: Contractor shall provide the Government with three (3) references for current (within the last 3 years) and relevant (within the scope of this requirement). 4. Hardware and Software Maintenance - Contractor shall provide the Government maintenance information, that include: a. Warranty Period b. Warranty Inclusion c. Warranty Exclusion d. Number of Days for Hardware Replacement e. Parts Warranty Process f. Address Inclusion/Exclusion of freight charges in shipment of replacement parts as an additional cost to the Government. 5. Price - Pricing shall be submitted utilizing the attached pricing schedule. Pricing shall be FOB Destination and quote must be inclusive of hardware and software maintenance and signature updates. 6. Vendor shall include a completed copy of FAR Clause 52.212-3, "Offeror Representation and Certifications - Commercial Items", with its proposal or indication that the vendor's Representations and Certifications are completed on SAM.gov. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): The basis for award is Best Value with the following best value criteria:Technical, Corporate Experience, Past Performance, Hardware and Software Maintenance and Price; with award being made based upon the proposal meeting the requirements of this combined synopsis/solicitation. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. CPARS, PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. It is the responsibility of all interested vendors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the vendor by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RP-0085/listing.html)
 
Record
SN03113403-W 20130713/130711234806-703d112855c1b95bfef41b378a101bab (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.